SOURCES SOUGHT
99 -- Mechanical and Electrical Upgrade at the Air Traffic Control Tower (ATCT), Bishop International Airport (FNT), Flint, MI
- Notice Date
- 5/23/2007
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AGL-52 Great Lakes Region (AGL)
- ZIP Code
- 00000
- Solicitation Number
- DTFAGL-07-R-00218
- Response Due
- 6/4/2007
- Description
- The FAA intends to solicit and award a firm-fixed price contract for Mechanical and Electrical Upgrades at the ATCT at Bishop International Airport in Flint, MI. The Contractor shall provide all labor, materials, and equipment in accordance with the contract provisions, specifications and drawings. The work shall include, but is not limited to, the following: Mechanical: ??? Remove and dispose of existing chiller and associated refrigerant and chilled water piping & electrical connections and panels and replace with a new dual circuit, 4-scroll compressor, condenserless 40 ton chiller and a condenser unit that shall be mounted at the existing condenser unit location. The chiller package shall have new associated refrigerant (2-circuit) & Chilled Water piping, electrical panels, and wiring installed according to most current state and local building codes. ??? Provide upgrade to the existing base building DDC system interface using the latest available software. Upgrade shall be compatible with the existing base building control components and its required sequences of operation and shall have enough capacity to include upgrade of the ATCT HVAC system controls required under this contract. ??? On all four (4) ATCT air handling units (HVAC 1 thru 4), remove and dispose of all HVAC pneumatic actuators, instrumentation, controls with all the pneumatic lines, associated unusable electrical panels, and unusable wirings and replace with electrical actuators, instrumentation, new controls wiring, electrical panel, and controls that shall be compatible with the base building upgraded DDC system. The upgraded DDC system shall be compatible with the controls for the base building. The system at the minimum shall have the following: Chiller status, remote on/off, alarm status, actuator control & status, air flow sensor, filter status, complete temperature status per drawing, space humidistat. Provide new three-way valve and actuator an all four (4) air handling unit hot water coils (HVAC 1 thru 4). Replace chilled water coil piping to have new three-way valve with actuator on all four (4) air handling units (HVAC 1 thru 4). ??? Clean the interior of all four (4) ATCT air handling units, focusing on dampers, hot water and chilled water coils fin surfaces; and AHU housing walls. Care shall be taken as to not damage any duct mounted smoke detectors; electrical motors; heat transfer coils; or damper seals & linkages. Wipe down exterior surfaces. Cleaning shall be performed prior to installing new actuators and instrumentations. Replace all existing HVAC air filter with clean new ones. ??? Provide TAB (Testing , Adjusting, and Balance) of the airflow, chilled water coil flow, and hot water coil flow of the complete ATCT HVAC system. Electrical: ??? Surge Arrestor o Remove and dispose of existing LPC 10264 SPD at the SE switch. o Provide and install LPC 20306-7 SPD at Service Entrance Switch. ??? TVSS o Remove and dispose of existing SPD located at MDPN. Provide and install TVSS on power panels MDP, MDPN, MDPE, NLP1, NLP4, ELP3, ELP4, ELP5, ELP6, ELP8, ELP9, ELP10, ELP11 and ASR-11. New TVSS SPDs are LPC models LPC 2012-3U-G and LPC-2030-3U-G. ??? Grounding Electrode: o Remove and dispose of existing grounding electrodes located at MDPN, MDPE, EG and Service Entrance Switch. o Provide and install new #4/0 AWG grounding electrodes at the Service Entrance Switch and at the EG. Note: New grounding electrodes will be routed in NMC to EES/Counterpoise. ??? Mechanical Support o Air Compressor/Dryer: Remove and dispose of existing branch circuit (ELP2-22,24,26), controls and associated equipment. o Elevator Sump Pump: Provide and install new GFCI receptacle for existing elevator sump pump. Reuse existing branch circuit. o Elevator Lighting: Replace elevator fixture, GFCI, switch, and branch circuit conductors located on branch circuit ELP2-34. Reuse existing raceway. o Remove and dispose of existing Chiller/Condenser/Evaporator branch circuit(s) (MDPN-1), controls and associated equipment. ??? Provide and install power to new air cooled condenser and chiller. ??? Bond Chiller to EES with # 4/0 AWG conductor in NMC. Contract performance time is estimated at 120 days, with an anticipated start for late Summer 2007. The estimated price range for this procurement is between $250,000.00 and $500,000.00. NAICS is 237990. INTERESTED FIRMS MUST HAVE SUCCESSFULLY COMPLETED SIMILAR PROJECTS BOTH IN DOLLAR AMOUNT AND SCOPE OF WORK AT AN OPERATIONAL AIRPORT. THE PLANS AND SPECIFICATIONS WILL BE FURNISHED TO THE FIRST FIFTEEN GENERAL CONTRACTORS WHO RESPOND TO THIS ANNOUNCEMENT. General contractors must submit their interest in subject project by providing the firm's name, address, phone number, fax number, and point of contact including e-mail address no later than 4:00 pm CDT, Friday June 1, 2007. You may fax or e-mail your interest to Karen Czerwiec, FAA AGL-52, 2300 East Devon Ave., Des Plaines, IL 60018. Fax 847/294-7801 and e-mail karen.czerwiec@faa.gov This notice is for informational purposes for Minority, Women-Owned, and Diaadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has programs to assist small businesses, small businesses owned and controlled by socially and economically disadvantaged individuals, and women-owned concens to acquire capital and bonding assistance for transportation-related contracts. This is appplicable to any eligible prime or subcontract at any tier. The DOT bBonding Assitance Program enables firms to apply for bid, payment, and performance bonds up to $1.0 million per contract. The DOT provides an 80 percent guaranty on the bond amount to a surety against losses. Loans are also available under DOT Short Term receivable financing. The maximum line of credit is $750,000. For further information regarding the bonding and lending programs please call the DOT Office of Small and Disadvantaged Business Utilization at (800)532-1169.
- Web Link
-
FAA Contract Opportunities
(http://faaco.faa.gov/?ref=5720)
- Record
- SN01301218-W 20070525/070523220731 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |